J--The requirement is for annual Preventative Maintenance services on Eaton Uninterruptable Power Supply (UPS) Units. Quote MUST be valid for 60 days after awar...

expired opportunity(Expired)
From: Federal Government(Federal)
N0024420Q0041

Basic Details

started - 16 Jan, 2020 (about 4 years ago)

Start Date

16 Jan, 2020 (about 4 years ago)
due - 25 Jan, 2020 (about 4 years ago)

Due Date

25 Jan, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
N0024420Q0041

Identifier

N0024420Q0041
DEPARTMENT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705969)DEPT OF THE NAVY (156405)NAVSUP (78807)NAVSUP GLOBAL LOGISTICS SUPPORT (14291)NAVSUP FLC SAN DIEGO (1804)NAVSUP FLT LOG CTR SAN DIEGO (1788)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both beta.SAM.gov (Formerly, Fed Biz Ops) https://fbohome.sam.gov/ and NECO (http://www.neco.navy.mil/). The closing date of this RFQ is 24 JANUARY 2020 is 1:00p.m. PST. The RFQ number is N00244-20-Q-0041. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-04 and DFARS Change Notice 20200114. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The
clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The North American Classification System, NAICS Code is 811219. The Code for this acquisition is a commercial service for Other Electronic and Precisions Equipment (Repair and Maintenance). The Small Business Standard is 22.0 million dollars. This acquisition is Other than full and Open Competition. This is a brand name requirement IAW 6.302 This acquisition is Other than Full and Open competition. This is a brand name requirement IAW FAR 6.302-1. Only authorized Eaton Field Representatives and authorized resellers may apply. The contract type is Firm Fixed Price. Questions regarding this procurement must be submitted through email to the Contract Specialist at sheri.bunnmarkryd@navy.mil. All questions submitted shall include the solicitation number in the subject line. Other methods of question submittal will not be acknowledged. The Government will make every attempt to answer all questions in a timely manner; however, questions submitted within 3 days of the posted closing date may not allow ample time to respond and offerors cannot be guaranteed a response. All questions and answers will be posted for viewing by all other potential offerors. It is the contractors responsibility to be familiar with the applicable clauses, provisions, and the attached Evaluation Criteria. The clauses may be accessed in full text at these addresses: www.acq.osd.mil and www.acquisition.gov. Brief Requirement Description, for full description, please refer to the attached Performance Work Statement: The requirement is for annual Preventative Maintenance services on Eaton Uninterruptable Power Supply (UPS) Units. Quote MUST be valid for 60 days after award. Fleet Logistics Center San Diego requests responses from Eaton Corporation and or authorized Eaton Corp. representatives (Preferably Western Region) capable of providing the following commercial service: CLIN 0001: P/N FL87NXDX-0825, Eaton Flex Coverage - 9395 UPS Annual Preventive Maintenance- POP A base year and 4 Option years from date of award, U/I EA, Qty 2 CLIN 0002: P/N 0005NXXX-0825, Eaton 1x per term - UPS Preventive Maintenance, After Hours (7x24) - POP A base year and 4 Option years from date of award, U/I EA, Qty 2 CLIN 0003: P/N 0005NSXX200, Eaton 1x per term - Sealed Battery Preventive Maintenance, Any Time- POP a base year and 4 Option years from date of award, U/I EA, Qty 2 PERIOD OF PERFORMANCE (POP): The contract will have a base year and four (4) Option Years as follows: POP Start Date End Date Base Year 07 February 2020 06 February 2021 Option Year 1 07 February 2021 06 February 2022 Option Year 2 07 February 2022 06 February 2023 Option Year 3 07 February 2023 06 February 2024 Option Year 4 07 February 2024 06 February 2025 Place of Delivery/Performance: Fleet Numerical Meteorology and Oceanography (FNMOC) Mr. Bill Fry 7 Grace Hopper Avenue Stop 1 Monterey, CA 93943-5501 Payment: Wide Area workflow (WAWF) The following FAR/DFARS provisions and clauses are applicable to this procurement 52.203 19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204 2 Security Requirements 52.204 7 System for Award Management 52.204 10 Reporting Executive Compensation and First Tier Subcontract Award 52.204 16 Commercial and Government Entity Code Reporting 52.204 18 Commercial and Government Entity Code Maintenance 52.204 19 Incorporation by Reference of Representations and Certifications 52.204 21 Basic Safeguarding of Covered Contractor Information Systems 52.204 24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204 25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.209 6 Protecting the Governments Interest When Subcontracting with Debarred, Suspended, or Proposed for Debarment 52.209 10 Prohibition on Contracting With Inverted Domestic Corporations 52.209 11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212 1 Instructions to Offerors Commercial Items 52.212 2 Evaluation-Commercial Items 52.212 3 Alt I Offeror Representations and Certifications--Commercial Items OCT 2018 Alternate I 52.212 4 Contract Terms and Conditions- Commercial Items 52.212 5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.222 3 Convict Labor 52.222 19 Child Labor Cooperation with Authorities and Remedies 52.222 21 Prohibition of Segregated Facilities 52.222 26 Equal Opportunity 52.222 35 Equal Opportunity for Veterans 52.222 37 Employment Reports on Veterans 52.222 41 Service Contract Labor Standards 52.222 42 Statement of Equivalent Rates for Federal Hires 52.222 36 Equal Opportunity for Workers with Disabilities 52.222 50 Combating Trafficking in Persons 52.222 55 Minimum Wages Under Executive Order 52.222 62 Paid Sick Leave Under Executive Order 52.223 18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225 13 Restriction on Certain Foreign Purchases 52.232 33 Payment by Electronic Funds Transfer System for Award Management 52.232 36 Payment by Third Party 52.233 3 Protest After Award 52.247 34 F.o.b. Destination 52.252 1 Solicitation Provisions Incorporated by Reference 52.252 2 Clauses Incorporated By Reference 252.203 7000 Requirements Relating to Compensation of Former DoD Officials 252.203 7002 Requirement to Inform Employees of Whistleblower Rights 252.203 7005 Representation Relating to Compensation of Former DoD Officials 252.204 7000 Disclosure Of Information 252.204 7003 Control Of Government Personnel Work Product 252.204 7008 Compliance With Safeguarding Covered Defense Information Controls 252.204 7009 Limitations on the Use or Disclosure of Third Party Contractor Reported Cyber Incident Information 252.204 7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204 7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211 7003 Item Unique Identification and Valuation 252.225 7048 Export Controlled Items 252.232 7003 Electronic Submission of Payment Requests and Receiving Reports 252.232 7010 Levies on Contract Payments 252.232 7006 Wide Area Workflow Payment Instructions 252.243 7001 Pricing Of Contract Modifications 252.244 7000 Subcontracts for Commercial Items 252.247 7023 Transportation of Supplies by Sea The Government intends to award a firm, fixed price contract. IAW FAR 52.212 2 the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers i. Responsibility Determination ii. Lowest Price Technically Acceptable Offerors are required to become familiar with the attached Evaluation Criteria. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer or part of an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items MAR 2012. Offeror must be registered in the System for Award Management SAM prior to award. The website address is www.sam.gov. A Data Universal Number System DUNS number is required to register. Email your quote in response to this RFQ to Contract Specialist, Sheri K. Bunn-Markryd on/or before 1:00am Pacific Standard Time on 24 JANUARY 2020. Email: sheri.bunnmarkryd@navy.mil.

3985 CUMMINGS ROAD BLDG 116  SAN DIEGO , CA 92136  USALocation

Place Of Performance : 3985 CUMMINGS ROAD BLDG 116 SAN DIEGO , CA 92136 USA

Country : United StatesState : California

You may also like

EATON UPS WITH 3 YR PREVENTATIVE MAINTENANCE SERVICE

Due: 31 Oct, 2027 (in about 3 years)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

Classification

naicsCode 811219
pscCode JMaintenance, Repair and Rebuilding of Equipment: Ores, Minerals, and Their Primary Products